SOLICITATION NOTICE
S -- Window Cleaning Services for DFAS Columbus
- Notice Date
- 8/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
- ZIP Code
- 43218
- Solicitation Number
- KOACO3RC006
- Archive Date
- 9/1/2012
- Point of Contact
- Teresa Knotts, Phone: 614-693-1974
- E-Mail Address
-
teresa.knotts@dfas.mil
(teresa.knotts@dfas.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is KOACO3RC006 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-60, effective July 26, 2012. The Government intends to include the FAR, DFARS, and DFAS clauses and provisions listed in this solicitation, to include any addenda, either by reference or in full text in the resulting award and are not all inclusive. The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. This requirement is a 100% Small Business Set-Aside. The associated NAICS code is 561720, Janitorial Services, and the small business size standard is $16.5M. Contract line items, quantities, and units of measure Base Year - October 1, 2012 through September 30, 2013 CLIN 0001 - Quantity 1 - Unit of Issue is Each Fall Window Cleaning Shall not commence prior to October 10, 2012 and shall not extend beyond December 30, 2012. CLIN 0002 - Quantity 1 - Unit of Issue is Each Spring Window Cleaning Shall not commence prior to April 1, 2013 and shall not extend beyond June 30, 2013. CLIN 0003 - Quantity 12 - Unit of Issue is Months Monthly Cleaning 1st Option Year - October 1, 2013 through September 30, 2014 CLIN 0004 - Quantity 1 - Unit of Issue is Each Fall Window Cleaning Shall not commence prior to October 10, 2013 and shall not extend beyond December 30, 2013. CLIN 0005 - Quantity 1 - Unit of Issue is Each Spring Window Cleaning Shall not comment prior to April 1, 2014 and shall not extend beyond June 30, 2014. CLIN 0006 - Quantity 12 - Unit of Issue is Months Monthly Cleaning 2nd Option Year - October 1, 2014 through September 30, 2015 CLIN 0007 - Quantity 1 - Unit of Issue is Each Fall Window Cleaning Shall not commence prior to October 10, 2014 and shall not extend beyond December 30, 2014. CLIN 0008 - Quantity 1 - Unit of Issue is Each Spring Window Cleaning Shall not commence prior to April 1, 2015 and shall not extend beyond June 30, 2015. CLIN 0009 - Quantity 12 - Unit of Issue is Months Monthly Cleaning Description Statement of Work Window Cleaning for Building 21 July 27, 2012 3.1 Introduction: The Defense Finance and Accounting Service have a requirement for exterior wall window glass cleaning services. The provided service for these tasks will take place at the Defense Accounting and Finance Service (DFAS) Columbus Center, Building 21, 3990 East Broad Street, Columbus, Ohio 43216. 3.2 Scope of Work: The Contractor shall provide management, supervision, transportation, labor, materials, supplies and equipment; and shall plan, schedule, coordinate and assure effective performance of all services described herein. The Contractor shall be required to clean both the inside and outside glass surfaces of the exterior wall windows (vision glass) and the inside and outside surface of the opaque spandrel glass panels of the exterior curtain wall assembly and entryways of the DFAS Columbus Center, Building 21 (semi-annually). In addition, on a monthly basis only, the Contractor shall be required to clean both exterior wall vision glass and opaque spandrel glass surface on the curtain wall assembly and entryways of the DFAS Columbus Center, Building 21. The contract shall be effective for a base year from date of award, with two option years to be exercised at the discretion of the Government. The Contractor shall be allowed to schedule the work hours with prior Government approval or work shall be scheduled in conjunction with the Contracting Officer's Representative (COR) to cause the least disruption to the work schedule. Performance period for each cleaning shall not exceed 30 days. All services provided under this contract shall be performed in such a manner as to have minimal impact on agency activities. 3.3 Services Required: The Contractor shall provide all services described herein, in accordance with the frequencies and quality standards. 3.3.1 Staff hour requirements for the performance of all services here in specified, as well as all other costs factors are the sole responsibility of the selected Contractor. Nothing in this SOW should be construed as being contrary to the selected Contractor's responsibility. 3.3.2 The Contractor is solely responsible for verifying all dimensions, quantities and existing building conditions. 3.3.3 The Contractor shall provide all required services for vision glass and spandrel glass cleaning continually in all areas, unless prevented from doing so due to damage, destruction, demolition, on-going renovation work by others, or where instructed by the COR. 3.4 Days and Hours of Operation: Normal hours of operation at the DFAS Columbus Center is Monday through Friday, 8:00 AM to 4:30 PM EST; however, the DFAS Columbus Center will be occupied twenty-four (24) hours a day, 365 days a year. 3.4.1 The DFAS Columbus Center will close when the Federal Government announces closure over local radio and television stations due to unusually severe weather or other unforeseen conditions. When an unforeseen closure of the facility occurs on a regularly scheduled day of work, the Government shall have the following options: 3.4.1.1 To require the Contractor to perform the work on the following day unless the following day is a Saturday or Sunday and routine work is not scheduled for Saturday or Sunday. 3.4.1.2 To forego the work and reduce the payment due to the Contractor accordingly for work not performed. 3.4.1.3 To reschedule the work on any day satisfactory to both parties. 3.4.1.4 No work shall be performed on the ten Federal holidays observed at DFAS. The following holidays are observed: New Year's Day (January 1st) Labor DAY (1st Monday of Sept) M.L.King's Birthday (3rd Monday of Jan) Columbus Day (2nd Monday of Oct) President's Birthday (3rd Monday of Feb) Veteran's Day (November 11th) Memorial Day (Last Monday of May) Thanksgiving Day (4th Thursday of Nov) Independence Day (July 4th) Christmas Day (December 25th) 3.4.1.5 When one of the above holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday. 3.4.1.6 Services shall resume without delay in any area where a change in type of facility space or flooring has occurred at no extra charge during the period of the contract. 3.4.2 Other Than Normal Hours of Operation: The Contractor shall not provide services unless directed by the Contracting Officer's Representative (COR) either verbally or in writing. Request for other than normal hours of operations will be made twenty-four (24) hours in advance, whenever possible. Verbal request will be followed by the issuance of a contract modification. 3.5 Management Required: The Contractor shall provide sufficient on site supervision to fulfill the terms and conditions of this contract. The Contractor shall ensure that all work required by this contract is satisfactorily supervised by a Project Manager. The Project Manager shall be available at all times, while contract work is in progress, to receive notices, reports, or requests from COR. Government employees are not authorized to exercise either direct or indirect supervision over the Contractor's and /or subcontractor's employees. 3.5.1 The Contractor shall provide the Contracting Officer in writing with the name(s) and phone number(s) of the Project Manager and/or alternate immediately upon contract award. 3.5.2 Project Manager: The term "Project Manager," means a person designated in writing by the Contractor, who has complete authority to act for the Contractor in every detail during the term of the contract. The Project Manager shall have signature authority and be permitted to accept work orders for repairs, notices of deductions, inspection reports, and all other correspondence on behalf of the Contractor. The Project Manager shall be on site, while contract work is in progress. The Project Manager shall be responsible for the competent performance of all the work done by Contractor personnel. 3.5.2.1 The Project Manager shall be responsible for the overall management and coordination of all work, and shall act as a central point of contact with the Government. 3.5.2.2 The Project Manager shall possess the following minimum experience in the management and supervision of window washing and blind cleaning operations: a. At least three (3) years of recent (within the last 5 years) experience in the management and supervision of window washing operations for building(s) of the approximate size and characteristics of the building covered by this contract. b. A thorough understanding and knowledge of window washing operations. c. The ability to read and interpret plans and specifications. 3.5.3 Contractor's Employees: The Contractor shall furnish and supply a fully qualified work force to perform all work specified within the contract. 3.5.3.1 All matters pertaining to the employment, supervision, compensation, promotion and discharge of contract employees are the responsibility of the Contractor, who is, in all respects, their employer. 3.5.3.2 The Contracting Officer may require the dismissal of any Contractor employee and/or subcontractor employee from this work site who is identified as a potential threat to the health, safety, security, general well being or operational mission of the building and its population. The Contracting Officer may require the Contractor to remove any employee from the job site who is found to violate the Disciplinary Rules or Standards of Conducts applicable to federal employees. The removal from the job site of such person(s) shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely services. 3.5.3.3 The Government may require medical screening of Contractor personnel, at Contractor's expense, to ascertain whether employee(s) has/have been using controlled substances. 3.5.3.4 The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. Contractor employee(s) shall not loiter around the DFAS Columbus Center during off duty hours. Provide the Government Point of Contact (GPOC), elsewhere named in this award, with the name of Contractor personnel requiring access and their expected date/time of arrival at the earliest practical moment. The GPOC will initiate actions in accordance with current DFAS Columbus procedures concerning visitors. Performance in controlled areas (i.e. disbursing, dock area, etc.) requires an escort by a GPOC. 3.5.3.5 The Contractor employee(s) must wear some distinctive clothing or material identifying the Selected Contractor. Badges shall be conspicuously displayed at all times except when engaged in the actual rappelling of the building. The Contractor employees are subjected to same security rules as federal employees including random gate checks. 3.6 Site Visit: We will be able to schedule a site visit so as the Contractor will be able to verify actual quantities and performance requirements prior to submittal of a quote for this contract by reviewing the building plans. Failure to review these plans shall not release the Contractor from performing the contract in accordance with this Performance Work Statement (PWS). 3.7 Quality Control and Quality Assurance: The Contractor shall establish a Quality Control Program (QCP) to assure the requirements of the contract are provided as specified. Within five (5) workdays prior to the starting date of the contract, the Contractor shall submit a copy of his/her program to the COR. The QCP shall be a system for scheduling and performance of the work, as well as plan for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or the Government inspectors point out the deficiencies. The program shall include, but not be limited to the following: 3.7.1 The Contractor shall establish an inspection system covering all the services stated in the appropriate section of this statement of work. The Contractor shall identify the name(s) of the individual(s) who will perform the inspection. 3.7.2 A file of all inspections conducted by the Contractor and the corrective action taken shall include as a minimum: Area of inspection, inspector's name, date/time, description of deficiencies, and action taken to correct/prelude deficiency. A copy of this documentation shall be provided to the COR after each inspection. 3.7.3 The Government will evaluate the Contractor's performance under this contract using the method of visual surveillance. The Government will record all surveillance observations. When an observation indicates defective performance, the COR will request the Contractor's representative to initial the observation and shall require re-performance prior to the next day's business. 3.7.4 The Contractor shall ensure his/her Quality Control Inspectors are trained, capable of demonstrating adequate knowledge Quality Control principles and practices, and are provided with the tools, equipment, techniques and specifications required to perform the work. 3.7.5 The Project Manager shall meet with the COR at least weekly during the performance period. Meetings will be often as necessary thereafter as determined by the COR. 3.7.6 Post Award Conference: Prior to commencing work, the Contractor shall meet in a conference with Government representatives, at a time to be specified, to discuss and develop mutual understandings relative to schedule and administration of work in accordance with statement of work and specific tasks. 3.8 Required Reports and Documents: The Contractor shall prepare and furnish a copy of the following to the COR as specified: 3.8.1 Five working days after receipt of notice to proceed, the Contractor shall submit to the COR a semi-annual schedule for window cleaning including anticipated dates and work hours. This schedule shall be updated and submitted to the COR at the beginning of each option exercise period. 3.8.2 The Contractor shall provide to the COR a copy of all accident reports as they occur. The COR will provide a copy of this information to the DFAS Safety and Health Manager. 3.9 Key Control: The Contractor shall establish and implement a procedure for ensuring that all keys and/or combination locks used are not lost or misplaced and are not used by unauthorized persons. 3.9.1 The Government will furnish all keys and/or combination locks required for satisfactory accomplishment of tasks described in the PWS. 3.9.2 Keys issued to the Contractor shall not be duplicated; combinations for locks shall not be disseminated beyond a "need to know" basis. 3.9.3 The Contractor shall report loss of a key or compromise of a combination immediately to the COR. The Government will replace all keys lost by the Contractor or at the Contracting Officer's discretion, existing locks will be replaced; the direct cost of which will be charged to the Contractor. Cost of replacing combination locks resulting from Contractor caused compromise of combination will also be assessed to the Contractor. 3.10 Utilities: The Government will furnish the Contractor reasonable amounts of electrical, water, sewage and heating utilities needed to perform the work. Failure of the Government to furnish the utilities at any time during the performance of the contract due to outage or other interruptions in service shall not be used by the Contractor as a basis of claim against the Government. In the event of power outage or interruption the Contractor is not relieved from performing those tasks which do no require power. Contract operations shall minimize the use of electricity, heat, water and sewage. 3.10.1 After normal working hours, lights shall be used only in areas where and when work is actually being performed. 3.10.2 Mechanical equipment controls shall not be adjusted or tampered with by the workers. 3.10.3 Water faucets or valves shall be turned off after the required usage has been accomplished. 3.10.4 The Contractor shall report the malfunction of any utility device or the misuse of any utility to the Contracting Officer or Building Manager immediately either verbally or telephonically. 3.10.5 Government telephones, typewriters and other office equipment to include personal items of the Government employees shall not be used. 3.11 Dangerous Conditions: The Contractor shall report hazardous conditions and items in need of repair to the COR. Items to be reported include, but are not limited to: broken window glass, window frames that are not securely fastened in place or show evidence of decay, broken or defective sash chains and cords; Structural movement of skylights and loosening or weakening or failure of skylight fasteners, attachment or other components; defective cords and tapes on mini blinds. Written deficiency report shall be given to the COR (after an oral report in case of an emergency). Fires shall be reported using the building's fire alarm system. 3.12 Protection and Damage: The Contractor shall provide all labor, materials, and equipment necessary for the protection of the general public, equipment, furnishings, buildings, and improved grounds from damage caused by the Contractor's negligence. Equipment, furnishings, buildings, and improved land damaged due to work performed by the Contractor shall be repaired or replaced to its original condition and furnished at no additional cost to the Government. 3.12.1 Debris from the Contractor's work shall be removed from the DFAS Columbus Center site daily. The premises shall be left neat and clean after each work shift. The Contractor's debris may not be placed in existing Government dumpsters or compactors. Receptacle(s) for Contractor's debris may only be placed at the building after permission for the use and placement of such is given by the COR. 3.12.2 If the security, fire alarm, or sprinkler systems must be temporarily removed or discontinued from service during any equipment repair work, the Contractor shall notify the COR immediately, and such systems must be reconnected or placed back in service by the Contractor at the end of each work day, unless otherwise authorized by the COR. 3.12.3 Any work which will alter the original appearance of the building included in this (SOW) must be approved in advance by the COR. 3.12.4 The use of impact tools or power-actuated tools will not be permitted in occupied office spaces during normal hours of operation unless specifically coordinated and approved through the COR. DEFINITIONS 3.14 Definitions: The following definitions and descriptions apply whenever the word is used in this SOW. 3.14.1 Frequency Terms. 3.14.2 Semi-Annual: Performance of tasks twice each year, six months apart, for example, April or May and repeated in September or October. (Work will be accomplished in 30 days or less) 3.14.3 Annual: Performance of tasks once each year, no later then the eighth month of the contract. 3.14.4 Acceptable Quality Level (AQL): A level that represents the maximum number of defects that will be allowed before work is considered unsatisfactory. An AQL does not imply that the Contractor may knowingly perform in an unsatisfactory way. It means that the Government recognizes that unsatisfactory performance sometimes happens unintentionally. As long as unsatisfactory performance does not exceed the AQL, the service will not be subject to payment reduction by the Government. The Contractor, however, must correct all unsatisfactory work unless excused by the COR. 3.14.5 Defective Service: A unit service output that does not meet the standard of performance associated with it in the Performance Work Statement. 3.14.6 Quality Control (QC): A method used by the Contractor to control quality of goods and/or services produced. 3.14.7 Quality Assurance (QA): A method used by the Government to provide some measure of control over the quality of purchased goods and/or services received. The Government's QA Surveillance Program is not a substitute for Quality Control by the Contractor. 3.14.8 Quality Assurance Surveillance Plan: An organized, written document used for quality assurance surveillance. The document contains specific methods to perform surveillance of the Contractor's performance. 3.14.9 Contracting Officer's Representative (COR): An individual designated by the Contracting Officer to act as his/her representative for contract administration purposes. A letter of designation will specify the scope and limitation of the COR authority. A copy of the letter of designation will be provided to the Contractor. 3.14.10 Contract Discrepancy Report (CDR): A CDR is a document issued by the Government identifying the Contractor's unsatisfactory performance. 3.14.11 Contracting Officer: Any person authorized by virtue of his/her position or appointment in accordance with procedures prescribed in the FAR to enter into and administer contracts and make determinations and findings with any part of such authority. The term also includes the authorized representative of the Contracting Officer acting within the limits of his/her authority. 3.15 Lot: A collection of service outputs that are to be inspected to determine conformance with the standard. 3.15.1 Performance Requirements Summary (PRS): Identifies the key performance indicators of the contract that will be evaluated by the Government to assure contract performance standards are met by the Contractor. 3.15.2 Random Sample: A sampling method where each service output in a lot has an equal chance of being selected. 3.15.3 Sample: A sample consists of one or more service outputs drawn from a lot, the outputs being chosen at random. 3.15.4 Sampling Guide: The part of the surveillance plan which contains all the information needed to perform a random sampling. 3.15.5 Project Manager: The Project Manager means a person designated in writing by the Contractor, who has complete authority tot act for the Contractor in every detail during the term of the contract. 3.15.6 Window Washing: The washing of the inside and outside surfaces of the exterior transparent or translucent windows located on the outside walls of the DFAS Columbus Center, including but not limited to frames, casings, sills and ledges. 3.15.7 Glass Cleaning: To clean both inside and outside surfaces of the exterior wall windows to include, but not limited to surfaces of the vision glass, the surface of the opaque spandrel glass, frames, casings, sills and ledges. 3.15.8 Mini Blinds: Horizontal blinds made to fit between the jambs of windows. GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.16 Space for Contractor's Operation: The Government will provide the Contractor with a suitable area for the storage of supplies and equipment for the performance of work under this contract. The Government will not be responsible in any way for damage or loss to the Contractor's stored supplies, materials, replacement parts or equipment. 3.16.1 Storage of any flammable or explosive liquids, such as gasoline, in the building is not permitted. Hazardous materials or supplies shall not be used in performance under this contract (or placed or stored on Government property) until the applicable Material Safety Data Sheets have been furnished to the COR. 3.16.2 The Contractor shall maintain such storage space to the same standards as similar areas occupied by the Government. 3.16.3 The Contractor shall not make any alteration to the space except with the written permission from the COR. 3.16.4 The Contractor shall vacate such building space and restore the premises to the condition in which received, at his/her expense, fair wear and tear expected, by the time stated for contract completion. The Contractor shall be held responsible for the cost of any repairs caused by negligence or abuse on his/her part, or on the part of his/her employees. 3.16.5 No toll calls are authorized on Government furnished telephone lines. The Contractor may arrange for the installation of private business telephones at his/her expense and furnish the COR a list of those telephone numbers. Government property will not be used in any manner for any personal advantage, business gain, or other personal endeavor by the Contractor or his/her employees. CONTRACTOR FURNISHED ITEMS AND SERVICES 3.17 General: The Contractor shall furnish all supplies, items, and equipment necessary for the performance of the work of this contract. Except for those items or services specifically stated to be Government furnished. 3.17.1 The Government shall not be liable for any loss, breakage, or damage, which might result to supplies and equipment stored by the Contractor or any of his equipment or supplies that he chooses to store in the building. 3.18 Supplies/Materials: The Contractor shall furnish all cleaning supplies. No cleaning Supplies shall be used which the COR determines would be unsuitable for the purpose or harmful to the surface to which applied. Any materials used in the performance of this contract must meet the manufacturer's standards and must not invalidate any warranties. 3.18.1 Delivery and storage of supplies/materials/equipment and performance of all work shall be accomplished with a minimum of interference to Government operations and personnel. Any deliveries involving prolonged use of the loading docks or other building entrances that could cause interruption in building activities shall be coordinated through the COR prior to any such deliveries. 3.19 Material Safety Data Sheets (MSDS): The Contractor will provide MSDS to the COR prior to any supplies/ materials to be delivered and/or used in the performance of this contract. MSDS for all hazardous (paints, lacquers, varnishes, sealers, thinners, adhesives, epoxies, acids, compressed gases, solvents, all chemicals containing flammable, toxic, caustic or corrosive mixtures, etc.) supplies/materials will be maintained on site by the Contractor during the entire performance of the contract. The Contractor will also provide MSDS to the Safety and Health Office and the Installation Fire Department prior to their storage and/or use. As this hazardous list is not all-inclusive, MSDS containing any ingredients defined under Hazardous Communication, paragraph (d), 29 CFR Part 1920, Subpart Z, Section 1200, will be provided to the above offices and maintained on site. 3.20 Equipment: The Contractor shall provide all window cleaning equipment needed for the proper performance of the work. Such equipment shall be of the type customarily used in work of this kind and shall meet all local, state and federal regulation. Backup equipment shall be made available to replace any defective equipment that cannot be repaired within 72 hours. Government reserves the right to request the Contractor to remove defective equipment off the DFAS Columbus Center. 3.20.1 The Contractor shall provide and maintain, at his expense, the necessary extension lines from existing Government electric receptacle outlets to the site of work. 3.20.2 All electrical equipment used by the Contractor shall have bumpers and guards to prevent marking or scratching of fixtures, furnishings, or building surfaces, and shall be UL approved. Equipment must operate using existing building circuits. The Contractor shall not use electrical equipment, which requires power exceeding the capacity of existing circuits. GENERAL REQUIREMENTS 3.21 Cleaning Requirements: The exterior wall window glass cleaning applies to all surfaces of the vision glass and the inside and outside surface of the opaque spandrel glass of building 21, DFAS Columbus Center. 3.22 Window Glass: 3.22.1 Specific tasks and frequencies are identified as shown in paragraph 3.25. The Contractor is responsible for verifying dimensions and quantities by checking the blueprints or site visit. 3.22.2 The Contractor shall insure that his/her employees are properly trained on proper procedures when engaged in window glass cleaning and shall be provided with and shall use safety belts, ladders, scaffolds, or other approved equipment IAW OSHA approved standards. 3.22.3 The Contractor shall notify the COR (24 HRS) prior to the closing and/or barricading of entryways for the purpose of cleanings. 3.22.4 Acids will not be used for cleaning windows unless approved. 3.23.5 No outside window maintenance work shall be performed when weather conditions (such as high winds or ice) are such that they add to the hazards of the operation. 3.22.6 Glass surfaces shall be cleaned by means of a safety belt only when a safe foothold and safe unobstructed passage through the window are obtainable and where it is possible to attach the belt terminal to the anchor by extending one arm beyond the window sash opening. 3.22.7 The use of boxes or other makeshift arrangement for window cleaning is prohibited. 3.22.8 Squeegees, brushes and other equipment used for cleaning windows shall be attached to the window cleaner's person, either by a strong cord or chain. This is to prevent the articles from falling and injuring someone, or damaging property. 3.22.9 Pads for the protection of windowsills shall be of a non-skid or non-slip material to reduce the possibility of slipping and falling from a window. Sponge rubber or discarded carpeting with a non-slip backing is two of the materials which may be used. 3.22.10 Broken or defective sash chains, cords, window, or frames shall be reported to the COR and repaired before anyone is allowed to work on the window by means of anchors and safety belts. 3.22.11 Casement windows, when the entire surface cannot be cleaned while standing safely inside, shall either have anchor fittings (installed as specified for other windows) to permit cleaning by use of a safety belt or shall be cleaned by some other method approved herein. 3.22.12 Window Anchors: Window anchors shall meet the requirement of ANSI A39.1, Safety Code for Window Cleaning. The following general provisions also apply to the installation of window anchors. 3.22.13 Ladders and scaffolds: All ladders and scaffolds used in connection with window cleaning maintenance operations shall conform to the requirements of the ANSI A39.1. 3.22.14 Scaffolds and Lifts: The use of scaffolds and lifts are prohibited in areas that may hinder security measures, result in a greater safety risk, and damage to Government property and/or landscape. Results of the use of this equipment are the sole responsibility of the Contractor. Use of any of this type equipment shall be coordinated with the COR prior to use. SPECIFIC TASKS 3.23 GLASS CLEANING: Monthly: Includes both exterior wall vision glass and opaque spandrel glass surfaces on the curtain wall assembly and entryways of the DFAS Columbus Center, Building 21. 3.24 SEMI ANNUAL: 3.24.1 Exterior Window Glass Cleaning: The Contractor shall wash both inside and outside surfaces of the vision glass, the opaque spandrel glass surfaces of the curtain walls assembly to include both surfaces of the inside and outside sets of doors at each entryway. This also includes both inside and outside glass surfaces on the exterior wall of the dining facility. After cleaning, window glass shall be clear, free of stains, film, smudges, streaks, water marks, and shall not be cloudy. Exterior frames, casings, sills, and ledges shall be free of soil, dirt, smudges, and splash marks, and other surrounding of interior glass shall be wiped free of drippings, and shall have no watermark. Ladders, or scaffolds used shall be properly secured to prevent movement and protect building components from damage. 3.25 SPRING - FALL CLEANING Fall Cleaning - Performance period of the basic effort shall not commence prior to October 10, 2012 and shall not extend beyond December 30, 2012. Spring Cleaning - Performance period of the basic effort shall not commence prior to April 1, 2013 and shall not extend beyond June 30, 2013. End of Statement of Work Performance Periods The period of performance will be October 1, 2012 through September 30, 2013. The resulting award will include two one-year option periods that may be exercised at the discretion of the Government. Place of Performance (Requiring Activity) The requirement to be provided is for Defense Finance and Accounting Service (DFAS), 3990 East Broad Street, Building 21, Columbus, OH 43216. Inspection and Acceptance Terms F.O.B. destination with inspection at destination, inspection by Government, acceptance at destination, and acceptance by Government. The provision of 52.212-1, Instruction to Offers - Commercial, applies to this acquisition. Evaluation Procedures The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous (best value) to the Government, price and other factors considered. The factors used to evaluate quotes in conjunction with the requirements of the statement of work will be past performance and price. Quoters should address the factors as follows: 1. Past Performance - Quoter's should demonstrate their ability to meet the requirements set forth in the statement of work. The quoter may provide up to a maximum of five performance references of similar contracts or projects within the past five years. Past performance information shall include recent and relevant contracts for the same or similar services. References are to be included as well as the points of contact and their telephone number, facsimile number, and email address. The Government will evaluate this for determining how similar or relevant the past experience is toward this requirement and how well the quoter has performed such work. Contracts listed may include those entered into with the Federal Government, agencies of the state and local governments, and commercial customers. The Government reserves the right to contact sources other than those provided and any information received may be used in the evaluation of the quoter's past performance. 2. Price - The quoter shall submit a firm fixed price quote in accordance with the statement of work. Price will be evaluated using price analysis techniques. Options will be evaluated at time of award. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). A unit price is to be submitted on each CLIN for each year of the requirement as provided under the contract line items, quantities, and units of measure portion of this document. Additional clauses, terms and conditions that apply to this acquisition Wage Determination Number 2005-2417, Revision 15, dated June 13, 2012 is applicable and will be incorporated into the resulting award. Quoters are encouraged to complete their representations and certifications online at https://www.sam.gov/portal/public/SAM/. Otherwise, quoters are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their proposal. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation), applies to this acquisition. 52.204-7, Central Contractor Registration (Feb 2012) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) 52.217-5, Evaluation of Options (Jul 1990) 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222.26, Equal Opportunity (Mar 2007) 52.222.35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) 52.222.50, Combating Trafficking in Persons (Feb 2009) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-25, Prohibition on Contracting With Entities Engaging in Sanctioned Activities Relating to Iran Representation and Certification (Nov 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-3, Continuity of Services (Jan 1991) 52.242-15, Stop-Work Order (Aug 1989) 52.247-34, F.O.B. Destination (Nov 1991) 52.253-1, Computer Generated Forms (Jan 1991) 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003, Control Of Government Personnel Work Product (Apr 1992) 252.204-7004 Alt A, Central Contractor Registration Alternate A (Sep 2007) 252.204-7006, Billing Instructions (Oct 2005) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (Dec 2010) 252.225-7001, Buy American and Balance of Payments Program (Jun 2012) 252.225-7002, Qualifying Country Sources as Subcontractors (Jun 2012 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252,232-7010, Levies On Contract Payments (Dec 2006) 252.233-7001, Choice of Law (Overseas) Jun 1997) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.247-7023, Transportation of Supplies by Sea (May 2002) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days before expiration of the order/contract. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years. (End of clause) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only:It is not a Wage Determination Not Applicable (End of Clause) 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice 2-in-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) ------------------------------------------------------------------------ To be furnished at time of award (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. To be furnished at time of award (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. To be furnished at time of award (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) DFAS 52.204-9000 "REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA)" (June 2012) Copies of DFAS contracts and modifications are available on the Electronic Document Access (EDA) website at http://eda.ogden.disa.mil. The website provides access information as well as EDA Help Desk Support. (End of clause) DFAS 52.223-9000, "ENVIRONMENTALLY PREFERABLE PRODUCTS" (June 2012) The Environmentally Preferable Products clause is included in this contract to articulate the Government's policies on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. Executive Order 13423 (January 24, 2007) required federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it required that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. Executive Order 13514 (October 5, 2009), required federal agencies to analyze internal processes and revise reporting requirements in order to achieve such results as improvement of water use and efficiency, promoting pollution prevention and elimination of waste. But more particularly as related to procurement, an emphasis was placed on efforts to advance sustainable acquisitions to ensure that 95 percent of new contract actions including task and delivery orders, for products and services with the exception of acquisition of weapon systems, are energy-efficient (Energy Star or Federal Energy Management Program (FEMP) designated), water-efficient, bio-based, environmentally preferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT) certified), non-ozone depleting, contain recycled content, or are non-toxic or less-toxic alternatives, where such products and services meet agency performance requirements. § 1. Mandatory Use of Paper and Other Products with Recycled Content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this solicitation, affirmatively acknowledges that it will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this solicitation the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green Alternatives in Offerors' Product/Service. (a) When offering a product or service that contains "Green" components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to Adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. (End of clause) Payment: Reference clauses 52.232-33, 252.232-7003, and 252.232-7006. CCR: Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered in the CCR (Central Contract Registration). You also must have an assigned Cage Code that can be obtained when you do your CCR registration. The web site is https://www.sam.gov/portal/public/SAM/. Quoter Information: The following information must be included with your quote. Cage Code Company Name Point of Contact Telephone Number Email Address DUNS Number TIN (Taxpayer Identification Number) Business Size/Classification (Applicable NAICS is 561720) Date Quotes are due August 17, 2012 at 2:00 P.M. EST. Contractors are encouraged to do a site visit to see the building and review building plans before submitting a quote. Failure to review these plans shall not release the Contractor from performing the contract in accordance with the statement of work. A site visit may be arranged with Charles Baer at (614) 701-5084. Point of Contact (POC): Teresa Knotts Defense Finance and Accounting Service (DFAS) Contract Services Directorate 3990 East Broad Street Building 21 2B218 Columbus, OH 43213-1152 Telephone: (614) 701-2767 Facsimile: (614) 701-2918 Email: teresa.knotts@dfas.mil Facsimile and e-mail quotes are acceptable and preferred. You are encouraged to ensure that quotes are received by the POC. Furnish quotes to the POC on or before the closing time listed in this combined synopsis/solicitation. All responsible sources may submit a quote which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOACO3RC006/listing.html)
- Place of Performance
- Address: 3990 East Broad Street, Building 21, Columbus, Ohio, 43213, United States
- Zip Code: 43213
- Zip Code: 43213
- Record
- SN02829453-W 20120809/120808000015-ddd1eb516659676c9bd86373c9f6b716 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |